Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2014 FBO #4640
SOURCES SOUGHT

70 -- Plotting Software Technology Refresh

Notice Date
8/6/2014
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
BSEE HQ PROCUREMENT381 Elden StreetHerndonVA20170
 
ZIP Code
20170
 
Solicitation Number
E14PS00146
 
Response Due
8/14/2014
 
Archive Date
9/13/2014
 
Point of Contact
Afua Serwah-Asibey
 
E-Mail Address
Afua.Serwah-Asibey@bsee.gov
(Afua.Serwah-Asibey@bsee.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) Number: E14PS00146 Title: "Plotting Software Technology Refresh" This Request for Information (RFI) is for planning purposes only and shall not be considered as an Invitation for Bid, Request for Quotation, or a Request for Proposal (RFP). This Request for Information (RFI) is issued in accordance with the Federal Acquisition Regulation (FAR) Part 10.001(a)(2)(ii) to conduct a Market Research before soliciting offers for an acquisition with an estimated value in excess of the simplified acquisition threshold and FAR Part 10.002(b)(2)(i), Contacting knowledgeable individuals in the Government and industry regarding market capabilities to meet this requirements. The Governments intent, based on the information received from this RFI is to make a determination if a Solicitation can issued as a 100% small business set-aside or provide fair opportunities to all Offerors regardless of business size. No funds have been authorized, appropriated or received for this effort. The result of this RFI notice will help determine if sources capable of satisfying the agencys requirements exist. Additionally, it is not the Governments intention to enter into a contract based on this notice or otherwise pay for information solicited. This RFI is for planning purposes only, and shall not be construed as a solicitation or as an obligation on the part of the Bureau of Safety and Environmental Enforcement (BSEE). In accordance with FAR 15.20l(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. The primary purpose of this notice is to improve small business access to acquisition information, to enhance competition and identify potential small businesses (for contracting and subcontracting opportunities) that are interested and capable of performing the work described below. The North American Industry Classification System (NAICS) Code for this requirement is 511210, Software Publishers. Firms responding to this RFI should state whether they are a small business concern, as defined by Small Business Association Size Standard for the NAICS 511210 is $35.5 million. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the evaluation of the information received. BSEE will not accept unsolicited proposals in response to this RFI. If you are interested in participating in this market research activity, you may submit a White Paper response in accordance with the requirements and instructions contained herein. HOW TO RESPOND: White Papers submitted in response to this RFI must be provided via email to afua.serwah-asibey@bsee.gov, no later than 2:00 p.m., Eastern Time, August 14, 2014. Please be advised that it is the offeror's responsibility to ensure the Government receives your submission on or before the specified due date. PHONE CALLS ARE STRONGLY DISCOURAGED. Companies responding to this RFI shall designate a single point of contact within that company for receipt of all subsequent information regarding this pre-solicitation. Responses to the RFI will not be returned nor is it BSEE's intent at this phase to exchange information or to provide feedback to your responses. QUESTIONS RELATING TO THIS RFI: Any questions regarding this RFI must be submitted via email to afua.serwah-asibey@bsee.gov no later than 2:00 p.m. Eastern Time on August 11, 2014. Please be advised that questions and/or comments may not be protected as proprietary and the Government reserves the right to transmit those questions and answers of a common interest to other vendors. PHONE CALLS ARE STRONGLY DISCOURAGED. WHITE PAPER REQUIREMENTS: White Papers are limited to 5 pages, not including the title page and the table of contents. Your submission must use black 12-point font, single-spaced, double-sided. Page margins must be one inch at the top, bottom, and each side. Headers, footers, and page numbering may be outside the l-inch margin, but not less than a.5 inch margin. Headers, footers tables/figures and page numbering may be in 10-point or 12-point font. Please note that White Papers must be submitted as an email attachment in Microsoft Word format. All information received in response to this RFI will be treated as business confidential information, and exempted from disclosure under the Freedom of Information Act. Nonetheless, submitters should properly mark their responses, accordingly, if the information is considered to be confidential or proprietary. White Papers should address the following elements to the maximum extent possible. You may answer any or all of the questions, to the best of your ability. 1. Please describe the general capabilities of your technical solution. 2. Emphasis should be placed on prior experience conducting projects of similar scope and complexity, and publications recorded in peer-reviewed industry journals. 3. Does your organization qualify as a small business under the NAICS code 511210? 4. Are solutions that meet the requirements available under the General Services Administration (GSA) schedules program? If so, please identify the appropriate GSA Schedules and Special Item Numbers. 5. The Government is planning a firm-fixed-price contract type. Please identify any concerns relating to the contract type and identify expected payment provisions/milestones. 6. What would be the overall delivery/completion timeframe for your technical approach? 7. Please provide a general Rough Order Magnitude estimated dollar value for the solution. 8. Is there enough information provided in the Statement of Work to propose an adequate solution? Your White Paper and technical solution must be based on the following information provided by the Government. REQUIREMENTS BACKGROUND: The Bureau of Ocean Energy Management (BOEM) and the Bureau of Safety and Environmental Enforcement (BSEE), Federal bureaus within the United States Department of the Interior (DOl), serve as the stewards for Americas offshore mineral and energy resources on the Outer Continental Shelf (OCS) and are one of the top revenue collectors for the United States. BOEM and BSEE manage activities that generate about 30 percent of Americas domestic oil production and more than 20 percent of Americas domestic natural gas production. BOEM and BSEE together manage activities that range from the initial geological and geophysical analysis of Outer Continental Shelf (OCS) resource potential, the leasing process, and monitoring the safety of offshore facilities and protecting our coastal and marine environments. The Bureaus utilize Geologic Interpretive Tools (GIT) from Schlumbergers Oil and Gas Suite of Applications to assist with performing mission critical activities. These application tools have been in place and embedded within TIMS applications since 1991. GIT and TIMS currently utilize Petris-ZEH software to produce CGM previews of film and paper plots for post analysis work, lease sale analysis, bid maps, public information displays, and work flow process reviews. Petris-ZEH software is integrated with all existing processes and applications deployed throughout BSEE and BOEM core applications. Additionally, BSEE and BOEM use ZEH software to integrate 36 various application functions to produce plotting from the ESRI GIS and TIMS applications. The Leasing and Plans/Mapping and Automation Section (MAS) processed 514 requests last year for geospatial deliverables. Because of the large amount of data on maps for the Gulf of Mexico, MAS uses Petris-ZEH to plot hard copy maps. PURPOSE: The scope of acquisition defined by this SOO is an open market request for white papers for a solution(s) for plotting needs and CGM file generation that must integrate with existing Schlumberger Oil & Gas COTS applications as well as ESRI GIS COTS applications and in-house developed applications. The existing environment contains Microsoft Windows clients, Oracle Solaris and RedHat Linux clients submitting requests across the LAN and WAN with RedHat Linux print and plot servers at 2 geographically diverse locations. The output devices are shared between Windows print servers and Linux print servers. OBJECTIVES: A solution that provides application integration with Schlumbergers Oil and Gas Suite of Applications such as GeoFrame and Petrel. This solution will be a solution that is supported by Schlumberger for use with Schlumberger Oil and Gas applications. A solution that provides application integration with ESRI GIS COTS Applications. This solution will be a solution that is supported by ESRI for use with ESRI GIS applications. A solution that provides multiple file format creation, manipulation and editing, file import and output converts to CGM files and CGM Montage files. A solution that provides CGM file image export into Microsoft PowerPoint, image file viewing and plotting of image files of various formats and size. A solution that provides network based license management allowing unlimited installations but controls use by flex license managers. A solution that provides file output to network printers and large format plotter devices with command line plot job submittal, Spooler interface or directory listener. A solution that provides server based application configuration and management that also communicates between multiple network locations in a primary-to-secondary or primary-to-replication site relationship. A solution that provides web communication (web service interface) and integration for plot sever administration, plot job status display and priority manipulation, statistical reporting, and plot submittal. A solution that provides a development API, plug-in API and Ajax or JavaScript for web services. Provide an operational sustainment support plan to meet mission performance objectives and requirements. POLICIES, MANDATES, AND REQUIREMENTS: The contractor shall use a comprehensive approach to satisfy fully approved existing and emerging standards and Government regulations and policies. CONSTRAINTS: Use of COTS. COTS products will be used to the maximum extent possible to satisfy this SOO. Any other need for custom code must be approved by the Contracting Officer or his designee. The responder will identify all functionality that cannot be supported with COTS products and must be coded and provide an estimate of the percentage of capability that will require custom coding. All custom code created to develop, test, deploy, and data migration, or for any other use for this task will be thoroughly documented and delivered as both source and object code. Use of Proprietary Software. The contractor will NOT use, as part of the COTS solution, any proprietary software that is not commercially available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/19d01568971743667c7114c20e7e2d4c)
 
Record
SN03453174-W 20140808/140807022553-19d01568971743667c7114c20e7e2d4c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.